HEF Foam Bladder Replacement
COMBINED SYNOPSIS/SOLICITATION For HEF Foam Bladder Replace **AMENDED 22 MAY 2019** General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: FA480319QA058 Posted Date: 05... COMBINED SYNOPSIS/SOLICITATION For HEF Foam Bladder Replace **AMENDED 22 MAY 2019** General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: FA480319QA058 Posted Date: 05/08/2019 Original Response Date: 05/22/2019 2:00 PM EST New Response Date: 05/31/2019 2:00 PM EST Classification Code: J012 Set Aside: Full and Open NAICS Code: 238220 Contracting Office Address 20th Contracting Squadron 321 Cullen Street Shaw AFB, SC 29152 Place of Contract Performance Shaw AFB, SC 29152 Description This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation document will not be issued. The solicitation will be evaluated and awarded per the prescribed procedures of FAR Part 13. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01; DEFENSE FAR SUPPLEMENT (DFARS) Publication Notice (DPN) 20180928, and Air Force Acquisition Circular (AFAC) 2018-0525. The associated North American Industrial Classification System (NAICS) code for this procurement is 238220, with a small business size standard of $15,000,000.00. This is a Firm Fixed Price requirement and will be procured using commercial item procedures. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. This is a best value procurement. HEF Foam Bladder Replacement is needed in Building 1200 at Shaw AFB, SC in accordance with the attached Statement of Work (SOW). The contractor shall provide all personnel, equipment, transportation, and supplies (except as specified in the Statement of Work (SOW) as government furnished) to provide replacement service. All performance shall be in accordance with the scope of the SOW and other specifications of the contract. This requirement is for the following: CLIN Description 0001 HEF Foam Bladder Replacement Replacement of HEF Foam Bladder at Shaw AFB in accordance with Attachment 1 - Statement of Work. Lot Estimated Quantity: $__________________, TOTAL PRICE: $___________________ All timely received quotations shall be evaluated in accordance with FAR Clause 52.212-2 - Evaluation-Commercial Items: Price and Technical Acceptability The full text of FAR provisions or clauses may be accessed electronically at http://farsite.hill.af.mil. NOTE: When applicable, the following provision and clauses have been tailored to change the terminology in the original clause as follows: •a) The term Quoters shall be used in place of Offerors. •b) The term quotation(s) shall be used in place of offer(s). •c) All other terms and conditions remain the same, unless otherwise tailored as specified below. The following solicitation provisions apply to this acquisition: •1. FAR 52.204-7 System for Award Management. •2. FAR 52.204-16 Commercial and Government Entity Code Reporting. •3. FAR 52.204-17 Ownership or Control of Offeror. •4. FAR 52.209-2-Prohibition on Contracting with Inverted Domestic Corporations-Representation. •5. FAR 52.209-11 -- Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. •· Quoters shall submit a completed copy of this provision along with their quotation. •6. FAR 52.212-1 Instructions to Offerors- Commercial Items. 1. GENERAL INSTRUCTIONS 1.1. This section of the RFQ provides general guidance for preparing quotations as well as specific instructions on the format and content of the quotation. The quotation must include all data and information requested in the RFQ. The offeror shall comply with the solicitation requirements as stated and the SOW. 1.2. The quotation shall be clear, concise, and shall include sufficient detail to provide for adequate evaluation and for substantiation of the validity of stated claims. Submitted documents must contain adequate information to enable the evaluation team to fully understand an offeror pricing structure and must meet the requirements of the RFQ. 1.3. Offeror shall acknowledge awareness of all amendments to the solicitation by signing and dating each formal amendment posted, and include it in the quotation. 2. FORMAL COMMUNICATIONS Any formal communication, once the formal solicitation has been issued, shall be submitted in writing (via email) to the POCs below. It is the offeror's responsibility to confirm receipt of all formal communications. Shaw AFB 20 CONS/PKA Reference: Solicitation No. FA480319QA058 ATTN: SSgt Colleen Toman/TSgt Kelli Floyd E-mail: colleen.toman.1@us.af.mil /kelli.floyd@us.af.mil 3. SUBMISSION OF QUOTATION 3.1. Submission shall be received not later than 31 May 2019 at 2:00pm Eastern Standard Time. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on e-mail. Shaw AFB 20 CONS/PKA Reference: Solicitation No. FA480319QA058 ATTN: SSgt Colleen Toman/TSgt Kelli Floyd E-mail: colleen.toman.1@us.af.mil /kelli.floyd@us.af.mil 3.2. Offeror shall provide the following contact information for their quotations: 3.2.1. Names, titles, addresses, telephone and email addresses of persons authorized to negotiate on the offeror's behalf with the Government in connection with this solicitation. 3.2.2. Name, title, and signature of person authorized to sign the quotation. Quotations signed by an agent shall be accompanied by evidence of that agent's authority, unless that evidence has been previously furnished to the issuing office. 4. PROPRIETARY INFORMATION Proprietary information submitted in response to this solicitation shall be clearly marked as such and will be protected from unauthorized disclosure as required by Subsection 27 of the Office of Procurement Policy Act as amended (41 U.S.C.423) (hereinafter referred to as "the Act") as implemented in the FAR. This information shall be labeled "Source Selection Information-See FAR 2.101 and 3.104." Any unmarked proprietary information will be considered releasable under the restrictions of the Freedom of Information Act (FOIA). 5. QUOTATION PREPARATION INSTRUCTIONS 5.1. The instructions below prescribe the format of quotations. The quotation shall include all of the information requested in the specific instructions. 5.2. A quotation that is orderly and sufficiently documented will enable the Government to easily understand and perform a thorough and fair evaluation. The Government may incorporate into this contract, by reference or full text, portions of the successful offeror's quotation submitted in response to this solicitation as revised and supplemented through the final quotation revision. 5.3. Electronic Copies. Electronic copies of all quotation information shall be submitted via E-mail with a read receipt. Offeror shall NOT submit any document in PDF that are copied as images. Offeror shall name files in an unambiguous manner, using plain language text, which facilitates the evaluator's ease of accessing the files for evaluation, using standard naming conventions (e.g., offeror name-volume name.doc for MSWord, offeror name-volume name.xls for MS Excel, offeror name-volume name.PDF for Portable Document Format, etc.). The quotation shall be in a single searchable file, with copy/paste capability. Offeror shall insert the file name in the header of each document. If there is a discrepancy between the paper and electronic copies, the paper copy will take precedence and be used for evaluation. Email size shall not exceed 5MB. 5.4. Proof of Insurance. When the clause at FAR 52.228-5, Insurance -- Work on a Government Installation, is required to be included in a fixed-price contract by FAR 28.310, the coverage specified in FAR 28.307 is the minimum insurance required and shall be included in the contract Schedule or elsewhere in the contract. Proof of insurance shall be required for acceptance of offer. The Government has provided a Notification of Compliance with Contract Insurance Requirements to aid the prospective offerors. The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in FAR paragraph 28.307-2(a), (b), and (c). The following coverage is required and needs to be provided in quotation: Workers Compensation and Employers Liability: $100,000.00 General Liability: $500,000.00 per occurrence Automobile Liability: $200,000 per person $500,000 per occurrence $20,000.00 per occurrence for property damage 6. INSTRUCTIONS FOR PRICE QUOTATION 6.1. The offeror shall provide their price data using attached price quotation document (Attachment 3 - Pricing Worksheet). The offeror shall provide the proposed price for all Firm Fixed Price (FFP) CLINs. This section shall include all unit prices. Additionally, for ease of administration, offeror shall round all unit prices of proposed FFP CLINs to the nearest cent before they are multiplied by the quantity. If submitted unit prices are not rounded to the nearest cent, the Government will round the unit prices at the time of contract award or modification. 6.2. Other than Certified Cost and Pricing Data. Certified cost or pricing data is not required. However, other than certified cost and pricing data may be requested. If requested this data should explain the methodology used in developing proposed CLIN prices. The data includes, at a minimum, breakdown (by CLIN) of labor (labor category, commensurate wages, number of positions and productive hours), breakout of Other Direct Costs (ODC), direct and indirect rates, fringe benefit costs, and subcontract costs. The data shall be submitted in an excel spreadsheet in a format selected by the offeror. 6.3. Service Contract Act. Offeror shall comply with clause 52.222-43 for their price quotation with regard to employees covered by the Service Contract Act. Proposed option year prices shall not include allowances for any contingency to cover increased wage or benefits costs for which contract price adjustment is provided by clause 52.222-43. 6.4. Reasonableness. The burden of proof as to price credibility rests with the offeror. 6.5. Quotation Documentation. The quotation shall contain the following documents: 6.5.1 Complete the attached price quotation. An official having the authority to legally bind the company contractually must sign and date quote. One copy of the quote must bear an original signature and if applicable, all amendments. Award cannot be made to a nonresponsive offeror. Note: Be sure to sign and date where required. 6.5.2. Representations and Certifications. Complete the required Representations and Certifications or indicate if information is contained in the Online Representations and Certifications (ORCA) located at https://www.sam.gov. 6.5.3. Changes Resulting From Negotiations. In the event any adjustment of price becomes necessary to reflect changes resulting from negotiations a complete traceable trail shall be provided to show how the changes took place. (End of Provision) •7. FAR 52.212-3 Offerors Representations and Certifications-Commercial Items with Alternate I. •· Quoters shall submit a completed copy of this provision along with their quotation. •· Quoters must complete annual representations and certifications on-line at https://www.sam.gov/ in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." •8. FAR 52.222-22 Previous Contracts and Compliance Reports. •· Quoters shall submit a completed copy of this provision along with their quotation. •9. FAR 52.222-25 Affirmative Action Compliance. •· Quoters shall submit a completed copy of this provision along with their quotation. •10. FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. •11. FAR 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ (End of Provision) •12. FAR 52.252-5 Authorized Deviations in Provisions. (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisitions Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) •13. DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials. •14. DFARS 252.204-7004 Alternate A, System for Award Management. •15. DFARS 252.204-7011 Alternative Line Item Structure. The following contract clauses apply to this acquisition: •1. FAR 52.204-9 Personal Identity Verification of Contractor Personnel. •2. FAR 52.204-13 System for Award Management Maintenance. •3. FAR 52.204-18 Commercial and Government Entity Code Maintenance. •4. FAR 52.204-19 Incorporation by Reference of Representations and Certifications. •5. FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment •6. FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. •7. FAR 52.212-4 Contract Terms and Conditions--Commercial Items. •8. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Deviation 2013-O0019) (JUN 2016)he following subparagraphs of FAR 52.212-5 (Deviation 2013-O0019) are applicable: Subparagraphs (b)(1)(iv), (b)(1)(v), (b)(1)(vii), (b)(1)(x), (b)(1)(xi), (b)(1)(xv) •9. FAR 52.217-5 Evaluation of Options •10. FAR 52.217-8 Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. (End of Clause) •11. FAR 52.217-9 Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months. (End of Clause) •12. FAR 52.219-6 Notice of Total Small Business Set-Aside •13. FAR 52.219-28 Post-Award Small Business Program Representation. •14. FAR 52.222-19 Child Labor •15. FAR 52.222-21 Prohibition of Segregated Facilities. •16. FAR 52.222-26 Equal Opportunity. •17. FAR 52.222-40 Notification of Employee rights Under The National Labor Relations Act •18. FAR 52.222-41 Service Contract Act Labor Standards •19. FAR 52.222-50 Combating Trafficking in Persons. •20. FAR 52.228-5 Insurance-Work on a Government Installation •21. FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving •22. FAR 52.232-1 Payments •23. FAR 52.232-8 Discounts for Prompt Payment. •24. FAR 52.232-11 Extras •25. FAR 52.232-33 Payments by Electronic Funds Transfer-System for Award Management •26. FAR 52.232-39 Unenforceability of Unauthorized Obligations. •27. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. •28. FAR 52.233-1 Disputes. •29. FAR 52.233-3 Protest after Award. •30. FAR 52.233-4 Applicable Law for Breach of Contract Claim. •31. FAR 52.247-34 F.O.B. Destination. •32. FAR 52.252-2 Clauses Incorporated by Reference. •33. FAR 52.252-6 Authorized Deviations in Clauses. •34. DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials. •35. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. •36. DFARS 252.204-7000 Disclosure of Information. •37. DFARS 252.204-7003 Control of Government Personnel Work Product. •38. DFARS 252.211-7007 Reporting of Government-Furnished Property. •39. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. •40. DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions. •41. DFARS 252.232-7010 Levies on Contract Payments. •42. AFFARS 5352.201-9101 Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of quotations, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Lt Col Aaron D. Judge 129 Thompson St., Bldg. 586, Rm 129, Comm: 757-764-5372, Email: aaron.judge@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) •43. AFFARS 5352.223-9001 Health and Safety on Government Installations •44. AFFARS 5352.242-9000 Contractor Access to Air Force Installations •45. AFFARS 5352.242-9001 Common Access Cards (CAC) for Contractor Personnel All offerors shall submit 1 (one) copy of their price quote, including their Capability Statement and Quality Assurance Place. All quotations shall be sent to the contract specialist and contracting officer via e-mail: SSgt Colleen Toman/TSgt Kelli Floyd colleen.toman.1@us.af.mil / kelli.floyd@us.af.mil Submission shall be received not later than 31 May 2019 at 2:00pm Eastern Standard Time. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on e-mail. Any questions or concerns regarding this solicitation should be submitted in writing via e-mail NLT 28 May 2019 to the contract specialist and contracting officer: SSgt Colleen Toman/TSgt Kelli Floyd colleen.toman.1@us.af.mil / kelli.floyd@us.af.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »